contract notice for contracts in the field of defence …

15
Title: United Kingdom-Bristol: Ships Sensors and Monitoring Systems Document Type: Contract Notice Published By: Ministry of Defence, Ships, Communications and Situational Awareness (CSA) Date Published:10 June 2019 Deadline Date:08 July 2019 CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY Section I: Contracting Authority I.1) Name, Address and Contact Point(s) Official Name:Ministry of Defence, Ships, Communications and Situational Awareness (CSA) Postal Address:Defence Equipment and Support, MOD Abbey Wood, NH3, Ash 1C, no 3114 Town:Bristol Postal Code:BS34 8JH Country:UK For the attention of: Telephone:+44 7977437519 E-Mail:[email protected] Fax: General Address of the contracting authority (URL)http://www.gov.uk/government/organisations/defence-equipment-and-supportAddress of the Buyers Profile (URL) Further information can be obtained at: As in above mentioned contact point(s) Other: Please complete Annex A.I Specifications and further documents can be obtained at: As in above mentioned contact point(s) Other: Please complete Annex A.II Tenders or requests to participate must be sent to: As in above mentioned contact point(s) Other: Please complete Annex A.III

Upload: others

Post on 29-Dec-2021

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE …

Title: United Kingdom-Bristol: Ships Sensors and Monitoring Systems

Document Type: Contract Notice

Published By: Ministry of Defence, Ships, Communications and Situational Awareness (CSA)

Date Published:10 June 2019

Deadline Date:08 July 2019

CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY

Section I: Contracting Authority

I.1) Name, Address and Contact Point(s)

Official Name:Ministry of Defence, Ships, Communications and Situational Awareness (CSA)

Postal Address:Defence Equipment and Support, MOD Abbey Wood, NH3, Ash 1C, no 3114

Town:Bristol Postal Code:BS34 8JH Country:UK

For the attention of: Telephone:+44 7977437519

E-Mail:[email protected] Fax:

General Address of the contracting authority

(URL)http://www.gov.uk/government/organisations/defence-equipment-and-supportAddress of

the Buyers Profile (URL)

Further information can be obtained at: As in above mentioned contact point(s) Other:

Please complete Annex A.I

Specifications and further documents can

be obtained at:

As in above mentioned contact point(s) Other:

Please complete Annex A.II

Tenders or requests to participate must be

sent to:

As in above mentioned contact point(s) Other:

Please complete Annex A.III

Page 2: CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE …

I.2) Type of contracting Authority and Main Activity or Activities

Ministry or any other national or federal

authority, including their regional or local

sub-divisions

National or federal agency/Office

Regional or local Authority

Regional or local Agency/Office

Body governed by public law

European Institution/Agency or International

Organisation

General public services

Defence

Public order and safety

Environment

Economic and financial affairs

Health

Housing and community amenities

Social protection

Recreation, culture and religion

Education

The contracting authority is purchasing on behalf of other contracting authorities: No

Page 3: CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE …

Section II: Object of the Contract

II.1) Description

II.1.1) Title attributed to the contract by the contracting authority Ships Sensors and Monitoring Systems (SSAMS); The Supply of Parts

II.1.2) Type of supplies contract

Purchase

Rent

Lease

Hire-purchase

Combination of these

Main site or location of works, place of delivery or performance

Portsmouth

NUTS Code UKJ31

II.1.3) Information on framework agreement

The notice involves the establishment of a framework agreement

II.1.4) Information on framework agreement (if applicable)

Framework agreement with a single operators

Framework agreement with several operators

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds seven

years

Estimated total value of purchases for the entire duration of the framework

agreement

Frequency and value of the contracts to be awarded

Page 4: CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE …

II.1.5)

Short description of the contract or purchase(s)

Warships and associated parts. The Communications & Situational Awareness ("CSA")

Team, which is part of the Ships Domain within Defence Equipment and Support, are

seeking to purchase parts related to Master Equipment - SSAMS, which have been

identified as Inventory Requirements.

Any resultant Contract(s) will be awarded in accordance with the Defence and Security

Public Contracts Regulations 2011 ("DSPCR") as applicable.

Interested bidders are invited to provide a response to the Dynamic Pre-Qualification

Questionnaire ("DPQQ") for this requirement.

The Authority reserves the right to award any resultant contract(s) on the basis of initial

tenders, without negotiation, to the tenderer who submits the best compliant tender in

accordance with the Award Criteria. In the event that Negotiation is required, a staged

process will be utilised and the Award Criteria applied to reduce the number of tenderers

taken through to the Negotiation Phase of this procurement.

Potential Providers should be aware of the following intended timescales for this

procurement:

(Please note that the Authority reserves the right to alter these timescales prior to issue of

ITN)

Prequalification / Supplier Selection - 30 Days (from issue of Contract Notice)

Tender Submission - 12 Days (from issue of ITN)

Tender Evaluation - 5 Days (from close of Tender Submission Period)

Negotiation (if required) - 2 Days (from close of Evaluation Period).

II.1.6) Common Procurement Vocabulary (CPV)

Main vocabulary Supplementary vocabulary (when applicable)

Main object 35500000

Additional objects

Page 5: CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE …

II.1.7)

Information about subcontracting

The tenderer has to indicate in the tender any share of the contract it may intend to subcontract

to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts

for which they are proposed.

The tenderer has to indicate any change occurring at the level of subcontractors during the

execution of the contract.

The contracting authority/entity may oblige the successful tenderer to award all or certain

subcontracts through the procedure set out in Title III of Directive 2009/81/EC.

The successful tenderer is obliged to specify which part or parts of the contract it intends to

subcontract beyond the required percentage and to indicate the subcontractors already identified.

The successful tenderer is obliged to subcontract the following share of the contract through the

procedure set out in Title III of Directive 2009/81/EC: minimum percentage: (%), maximum

percentage: (%) of the value of the contract. (The maximum percentage may not exceed 30% of

the value of the contract)

II.1.8) Division into lots YesTenders may be submitted for:

one lot only

one or more lots

all lots

II.1.9) Will variants be accepted No

II.2) Quantity or Scope of the Contract

Page 6: CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE …

II.2.1)

Total quantity or scope

Any resultant Contract(s) will be awarded to the winning tenderer for each 'Lot', in

accordance with the assessment criteria set out in the Invitation to Tender for the purchase

of parts listed in the supporting document "Outline Requirement Schedule" attached to this

Contract Notice.

Number of Lots: 28

An estimate of quantities required for each 'Lot' is included in the Outline Requirement

Schedule and detailed within this Contract Notice. These quantities are to be considered

indicative only and are subject to change prior to and during this procurement, in

accordance with the Authority's operational requirements.

For the avoidance of doubt, the quantities detailed within this Contract Notice and the

attached Outline Requirement Schedule does not provide a strict cap that cannot be

exceeded or reduced.

There will be no renewals or options.

Estimated value range between 1 and 500 000Currency: GBP

II.2.2) Information about options

Provisional timetable for recourse to these options

Page 7: CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE …

II.2.3)

Information about renewals Number of possible renewals: In the case of renewable supplies or service contracts, estimated

time frame for subsequent contracts:

Section III: Legal, Economic, Financial and Technical Information

III.1) Conditions Relating to the Contract

III.1.1) Deposits and guarantees required

A bank guarantee may be required.

III.1.2) Main Terms of financing and payment and/or reference to the relevant

provisions

Payment will be made in accordance with agreed payment terms following Delivery and

Acceptance of the goods via the Authority's Contracting, Purchasing and Finance (CP&F)

tool.

III.1.3) Legal form to be taken by the grouping of suppliers, contractors or service

providers to whom the contract is to be awarded

If a group of economic operators submits a bid, the group must nominate a lead

organisation to deal with the Authority. The Authority shall require the group to form a

legal entity before entering into the contract.

III.1.4) Other particular conditions to which the performance of the contract is subject

The Authority reserves the right to amend any condition related to security of information

to reflect any changes in national law or government policy. If any contract documents are

accompanied by a Security Aspects Letter, the Authority reserves the right to amend the

terms of the Security Aspects Letter to reflect any changes in national law or government

policy whether in respect of the applicable protective marking scheme, specific protective

markings given, the aspects to which any protective marking applies or otherwise.

III.1.5) Information about security clearance Candidates which do not yet hold security clearance may obtain such clearance until:

III.2) Conditions for Participation

Page 8: CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE …

III.2.1)

Personal situation Criteria regarding the personal situation of economic operators (that may lead to their exclusion)

including requirements relating to enrolment on professional or trade registers Information and

formalities necessary for evaluating if the requirements are met:

The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC

(implemented as Regulation 23(1) of the Defence and Security Public Contract

Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at

Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to

the decision of whether a Candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at

http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr

Candidates will be required to sign a declaration confirming whether they do or do not

have any of the listed criteria as part of the pre-qualification process.

Candidates who have been convicted of any of the offences under Article 39(1) are

ineligible and will not be selected to bid, unless there are overriding requirements in the

general interest (including defence and security factors) for doing so.

Candidates who are guilty of any of the offences, circumstances or misconduct under

Article 39(2) may be excluded from being selected to bid at the discretion of the

Authority.

This information will be sought through evaluation of responses to the attached Dynamic

Pre-Qualification Questionnaire.

Criteria regarding the personal situation of subcontractors (that may lead to their rejection)

including requirements relating to enrolment on professional or trade registers (if applicable)

Information and formalities necessary for evaluating if the requirements are met:

Page 9: CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE …

III.2.2)

Economic and financial standing Criteria regarding the economic and financial standing of economic operators (that may lead to

their exclusion)Information and formalities necessary for evaluating if the requirements are met:

a) Appropriate statements from the economic operator's bankers or where appropriate,

evidence of relevant professional risk indemnity insurance;

b) The presentation of balance-sheets or extracts from the balance-sheets, where

publication of the balance-sheet is required under the law of the country in which the

economic operator is established;

c) where appropriate, a statement, covering the three previous financial years of the

economic operator, of:

(i) the overall turnover of the business of the economic operator; and

(ii) where appropriate, the turnover in respect of the work, works, goods or services which

are of a similar type to the subject matter of the contract.

This information will be sought through evaluation of responses to the attached Dynamic

Pre-Qualification Questionnaire.

Minimum level(s) of standards possibly required:

The estimated annual contract value is 500 000 GBP.

If the estimated annual contract value is greater than 40 % of the supplier’s turnover, the

Authority reserves the right to exclude the supplier from being selected to tender except

where the supplier provides, to the satisfaction of the Authority, evidence showing it has

sufficient economic and financial capability, for example such evidence may include:

(1) any additional information proving it has sufficient economic and financial resources

to deliver the requirement; and

(2) stating whether the supplier is willing to provide the Authority with an indemnity,

guarantee or bank bond.

A financial assessment will be undertaken on the supplier’s financial status. An overall

pass / fail judgement will be made after considering areas such as turnover, profit, net

assets, liquidity, gearing and capacity. This assessment will include the Parent company

where applicable. An independent financial assessment obtained from a reputable credit

rating organisation may be utilised as part of this process.

Page 10: CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE …

Criteria regarding the economic and financial standing of subcontractors (that may lead to their

rejection) (if applicable)Information and formalities necessary for evaluating if the requirements

are met:Minimum level(s) of standards possibly required:

Page 11: CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE …

III.2.3)

Technical and/or professional capacity Criteria regarding the technical and/or professional ability of economic operators (that may lead to

their exclusion)Information and formalities necessary for evaluating if the requirements are met:

(f) a check carried out by the contracting authority or on its behalf by a competent official

body of the member State in which the economic operator is established:

(i) on the technical capacity of the economic operator; and

(ii) if relevant, on the economic operator's study and research facilities and quality control

measures.

This information will be sought through evaluation of responses to the attached Dynamic

Pre-Qualification Questionnaire.

Minimum level(s) of standards possibly required:

This information is contained within the Dynamic Pre-Qualification Questionnaire and

Supporting Document "CSA/3078_SSAMS_DPQQ Instructions".

Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their

rejection) (if applicable)Information and formalities necessary for evaluating if the requirements

are met:Minimum level(s) of standards possibly required:

III.2.4) Reserved contracts

The contract is restricted to sheltered workshops

The execution of the contract is restricted to the framework of sheltered employment

programmes

Section IV: Procedure IV.1) Type of Procedure

IV.1.1) Type of Procedure

Restricted

Accelerated restricted

Negotiated

Accelerated negotiated

Competitive dialogue

Justification for the choice of accelerated procedure

Page 12: CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE …

IV.1.2)

Limitations on the number of operators who will be invited to tender or to

participate Envisaged minimum number 3

Objective criteria for choosing the limited number of candidates

Interested suppliers are required to complete the Dynamic Pre-Qualification Questionnaire

(DPQQ) to provide the Authority with information to evaluate the supplier’s capacity and

capability against the selection criteria.

The Authority will use the DPQQ response to create a shortlist of tenderers who:

(1) are eligible to participate;

(2) fulfil any minimum economic, financial, professional and technical standards; and

(3) meet, in terms of capacity and capability, the selection criteria set out in this notice and

the DPQQ.

Further details of the method for choosing the tenderers is set out in the DPQQ.

IV.1.3) Reduction of the number of operators during the negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or

tenders to be negotiated

IV.2) Award Criteria

A) Lowest Price No

B) The most economically advantageous tender in terms of:

B1) Criteria as stated in contract documents: Yes

B2) Criteria as stated below: No

Criteria Weighting

Page 13: CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE …

IV.2.2)

An electronic auction will be used No

IV.3 Administrative Information

IV.3.1) Reference number attributed to the notice by the contracting authority

CSA/3078

IV.3.2) Previous publication(s) concerning the same contract

Prior Information Notice

Notice on a Buyer Profile

Other previous publications

IV.3.3) Conditions for obtaining specifications and additional documents Obtainable until Price (where applicable) Currency: Terms and method of payment:

IV.3.4) Time-limit for requests to participate 08-07-2019 12:00

IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates Estimated date

IV.3.6) Language or languages in which tenders or requests to participate can be

drawn up

EN

Section VI: Complimentary Information

VI.1) Indicate whether this procurement is a recurrent one and the Estimated

timing for further notices to be published

VI.2) Does the contract relate to a Project/Programme financed by Community

Funds? NoIf yes, indicate the project/programme and any useful reference

Page 14: CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE …

VI.3)

Additional Information

The contracting authority considers that this contract may be suitable for economic

operators that are small or medium enterprises (SMEs). However, any selection of

tenderers will be based solely on the criteria set out for the procurement. The Authority

reserves the right to amend any condition related to security of information to reflect any

changes in national law or government policy. If any contract documents are accompanied

by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the

Authority reserves the right to amend the terms of these instructions to reflect any changes

in national law or government policy, whether in respect of the applicable protective

marking scheme, specific protective markings given, the aspects to which any protective

marking applies, or otherwise. The link below to the Gov.uk website provides information

on the Government Security Classification.

https://www.gov.uk/government/publications/government-security-classifications

Advertising Regime OJEU: This contract opportunity is published in the Official Journal

of the European Union (OJEU), the MoD Defence Contracts Bulletin and

http://www.contracts.mod.uk

Electronic Trading: Potential suppliers must note the mandatory requirement for electronic

trading using the Contracting, Purchasing and Finance (CP&F) electronic procurement

tool. All payments for Contractor Deliverables under the Contract shall only be made via

CP&F. You can find details on CP&F at

https://www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-e-

procurement-system. GO Reference: GO-201966-DCB-14968040

VI.4) Procedures for appeal

VI.4.1) Body responsible for appeal procedures Official Name:Ministry of Defence, Ships, Maritime Combat Systems (MCS) Team

Postal Address:

Town:Bristol Postal Code: Country:UK

E-Mail:[email protected] Telephone:+44 7977437519

Internet address (URL): Fax:

Body responsible for mediation procedures Official Name:Ministry of Defence, Ships, Maritime Combat Systems (MCS) Team

Postal Address:

Town: Bristol Postal Code: Country: UK

Page 15: CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE …

E-Mail:[email protected]

Telephone:+44 7977437519

Internet address (URL): Fax:

VI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging

appeals:

VI.4.3) Service from which information about the lodging of appeals may be

obtained Official Name:Ministry of Defence, Ships, Maritime Combat Systems (MCS) Team

Postal Address:

Town:Bristol Postal Code: Country:UK

E-Mail:[email protected] Telephone:+44 7977437519

Internet address (URL):